Location via proxy:   [ UP ]  
[Report a bug]   [Manage cookies]                

viewNitPdf 4689280

Download as pdf or txt
Download as pdf or txt
You are on page 1of 7

SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY

TENDER DOCUMENT
Tender No: EPC-12-CAO-C-SC-2024 Closing Date/Time: 25/11/2024 15:00

Chief Administrative Officer / CON acting for and on behalf of The President of India invites E-Tenders against Tender No EPC-12-CAO-C-
SC-2024 Closing Date/Time 25/11/2024 15:00 Hrs. Bidders will be able to submit their original/revised bids upto closing date and time only.
Manual offers are not allowed against this tender, and any such manual offer received shall be ignored.

1. NIT HEADER

SCR Construction Organization - Engineering, Procurement & Construction (EPC) Contract For New
BG Line on Diversion Alignment From CH: 699200m To CH: 715150m (15.950 Km) and Gauge
Conversion of Existing MG Line From CH: 715150m To CH: 726700m (11.55 Km) On Existing MG
Name of Work
Alignment for a Total Length of 27.50 Km including Electrical General Services between Pro.
Hiwarkhed Station (Incl.) and Akot Station (Excl.) as a part of Gauge Conversion of Akola - Khandwa
(MG) line In the State of Maharashtra of Nanded Division of South Central Railway"
Bidding type EPC [ Single Stage ]
Tender Type Open Bidding System Two Packet System
Tender Closing Date Time 25/11/2024 15:00 Date Time Of Uploading Tender 04/09/2024 19:16
Pre-Bid Conference Required Yes Pre-Bid Conference Date Time 27/09/2024 11:00
2nd Pre-Bid Conference
No 2nd Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 5529566290.22 Tendering Section GENERAL
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 20000000.00 Validity of Offer ( Days) 180
Tender Doc. Cost (Rs.) 0.00 Period of Completion 24 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 11/11/2024 Yes
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)
Docs. Receipt Confirmation Required

2. SCHEDULE

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule A-REQUEST FOR PROPOSAL 5529566290.22
Below/Par
Lump Sum 5529566290.22 AT Par 5529566290.22
Description :- SCR Construction Organization - Engineering, Procurement & Construction (EPC) Contract For New BG Line
1 on Diversion Alignment From CH: 699200m To CH: 715150m (15.950 Km) and Gauge Conversion of Existing MG Line From
CH: 715150m To CH: 726700m (11.55 Km) On Existing MG Alignment for a Total Length of 27.50 Km including Electrical
General Services between Pro. Hiwarkhed Station (Incl.) and Akot Station (Excl.) as a part of Gauge Conversion of Akola -
Khandwa (MG) line In the State of Maharashtra of Nanded Division of South Central Railway"

3. ITEM BREAKUP

No item break up added

4. ELIGIBILITY CONDITIONS

Important : All documents uploaded and remarks / confirmation entered by the bidders against any eligibility condition
shall be opened as part of technical bid only

Special Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The Bidder shall have a minimum Net Worth (the "Financial Capacity") of Rs. 27.64 Crs at the Allowed
1 No No
close of the preceding Financial Year. (Mandatory)

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Page 1 of 7 Run Date/Time: 23/09/2024 17:03:12


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: EPC-12-CAO-C-SC-2024 Closing Date/Time: 25/11/2024 15:00

Technical Capacity:For demonstrating Technical Capacity and experience (the "Technical


Capacity"), the Bidder shall, during the last 5 (five) previous financial years and the current
financial year upto the Base month (not to be read with para2.1.13). (i)have received
payments for construction of Eligible Project(s), or has undertaken construction works by itself
in a PPP project, such that the sum total thereof, as further adjusted in accordance with clause
2.2.2.4 (i) & (ii), is more than 2.5 (two and half) times the Estimated Project Cost (the
"Threshold Technical Capacity"). Provided that at least one fourth of the Threshold Technical
Capacity shall be from the Eligible projects in Category 1 and/ or Category 3 specified in Clause
2.2.2.4 (i) & (ii). (ii)Undertaken at least one Eligible Project of Railway Sector as mentioned in
clause 2.2.2.4/iii of value of not less than 35% (thirty-five) per cent of the Estimated Project
Cost and have received payments for not less than 75% (seventy five) per cent value of
present Contract Value (excluding the payment made for adjustment of Price variation (PVC), if
any) of such project. Note: - For composite works of new lines, Gauge Conversion, Doubling,
3rd line, 4th line etc. with Railway electrification and/or Signalling and telecommunication
works. 1.In case scope involves the electrification work as per item No. 2 of Annexure -I of
Schedule -B value as mentioned in Annexure-G, the selected bidders can himself execute
Allowed
1 above Electrification work, only in case he has experience as mentioned in clause 2.2.2.1/ii No No
(Mandatory)
above to value of estimated electrification work as mentioned in Schedule-G of draft
Concession Agreement after taking approval from Authority. Otherwise selected bidder shall
execute electrification work involved in project by engaging sub-contractor as per clause 3.2 of
draft Concession Agreement having experience of Railway Sector works. The Railway Sector
would be deemed to include overhead equipment system of Railway electrification for a
railway system, metro system, suburban transit system, high speed railways, substation and
transmission lines, and/or 2.In case scope involves the Signalling and Telecommunication work
as per item No. 3 of Annexure -I of Schedule -B value as mentioned in Annexure-G, the
selected bidders can himself execute above Signalling and Telecommunication work, only in
case he has experience as mentioned in clause 2.2.2.1/ii above to value of estimated
Signalling and Telecommunication work as mentioned in Schedule-G of draft Concession
Agreement after taking approval from Authority. Otherwise selected bidder shall execute
Signalling and Telecommunication work involved in project by engaging sub-contractor as per
clause 3.2 of draft Concession Agreement having experience of Railway Sector works. The
Railway Sector would be deemed to include Signalling and Telecommunication of railway
system, metro system, suburban transit system, high speed railways.

Bidders shall confirm and certify on the behalf of the tenderer including its constituents as under:

S.No. Description
1 I/we the tenderer (s) am/are signing this document after carefully reading the contents.
2 I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation thereof.
I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website www.ireps.gov.in . I/we have verified
the content of the document from the website and there is no addition, no deletion or no alteration to the content of the tender
3
document. In case of any discrepancy noticed at any stage i.e. evaluation of tenders, execution of work or final payment of the contract,
the master copy available with the railway Administration shall be final and binding upon me/us.
I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and attachments in
4
proof of the qualification requirements.
I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along with the offer and same
5
shall be binding upon me/us.
I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully responsible
6
for the correctness of the information and documents, submitted by us.
I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry / Department of Govt. of India
7 from participation in tender on the date of submission of bids, either in individual capacity or as a HUF/ member of the partnership
firm/LLP/JV/Society/Trust.
I/we understand that if the contents of the certificate submitted by us are found to be forged/false at any time during process for
evaluation of tenders, it shall lead to forfeiture of the Bid Security and may also lead to any other action provided in the contract
8
including banning of business for a period of upto two year. Further, I/we and all my/our constituents understand that my/our offer shall
be summarily rejected.
I/we also understand that if the contents of the certificate submitted by us are found to be false/forged at any time after the award of
9 the contract, it will lead to termination of the contract, along with forfeiture of Bid Security/Security Deposit and Performance guarantee
and may also lead to any other action provided in the contract including banning of business for a period of upto two year.
I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land border with India and
certify that I am/We are not from such a country or, if from such a country, have been registered with the competent Authority. I/We
10
hereby certify that I/we fulfil all the requirements in this regard and am/are eligible to be considered (evidence of valid registration by
the competent authority is enclosed)

Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc.

S.No. Description
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc. Please submit
a certificate in the prescribed format (please download the format from the link given below). Non submission of the certificate, or
1 submission of certificate either not properly filled in, or in a format other than the prescribed format shall lead to summary rejection of
your offer.
( Click here to download the Format of Self Certification)

5. COMPLIANCE

Important : All documents uploaded and remarks / confirmation entered by the bidders against any compliance condition
shall be opened as part of technical bid only.

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Page 2 of 7 Run Date/Time: 23/09/2024 17:03:12


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: EPC-12-CAO-C-SC-2024 Closing Date/Time: 25/11/2024 15:00

ANNEXURE I TO APPENDIX IA-(DETAILS OF BIDDER) The Bidder shall ensure that all the Allowed
1 Yes No (Mandatory)
details are updated as on the due date of submission of this Bid.
APPENDIX IA (LETTER COMPRISING THE TECHNICAL BID) Clause 2.1.4, 2.11 and 3.1.6 of Allowed
2 Yes No
RFP. (Mandatory)
APPENDIX IB (LETTER COMPRISING THE FINANCIAL BID) (Para 2.1.4, 2.11 and 3.1.6 of
RFP)-The Bid shall be furnished in the format exactly as per Appendix-IA & IB i.e.
Allowed
3 Technical Bid as per Appendix IA and Financial Bid as per Appendix IB and it shall be Yes No
(Mandatory)
signed by the Bidder's authorized signatory. The Bidder shall first upload all the project
details as mentioned in Para No. 2.11.1 of RFP document
APPENDIX-II (FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF BID) Clause No. Allowed
4 Yes No
2.1.5 of RFP. (Mandatory)
ANNEXURE II TO APPENDIX IA(TECHNICAL CAPACITY OF THE BIDDER): Refer CLAUSE Allowed
5 Yes No
2.2.2.1, 2.2.2.4 and 2.2.2.6 of RFP. (Mandatory)
APPENDIX III- Format for power of attorney for lead member of Consortium/Joint Allowed
6 Yes No
venture CLAUSE 2.1.6 of RFP. (Mandatory)
ANNEXURE III TO APPENDIX IA- (FINACIAL CAPACITY OF THE BIDDER) (Refer clause
2.2.2.2, 2.2.2.8(i), 2.2.2.7(iii) of RFP) The Bidder must establish the minimum Net Allowed
7 Yes No
Worth specified in Clause 2.2.2.2 and provide details as per format at Annex-III of (Mandatory)
Appendix-IA.
APPENDIX IV (FORMAT FOR JOINT BIDDING AGREEMENT FOR (CONSORTIUM/ JOINT Allowed
8 Yes No
VENTURE) Clause 2.1.11 of RFP. (Mandatory)
ANNEXURE IV TO APPENDIX IA (DETAILS OF ELIGIBLE PROJECTS) Refer Clause 2.2.2.1, Allowed
9 Yes No
2.2.2.4 and 2.2.2.6 of RFP. (Mandatory)
Allowed
10 ANNEXURE V TO APPENDIX IA- (STATEMENT OF LEGAL CAPACITY). Yes No
(Mandatory)
APPENDIX-VII (BID SECURITY)/EMD (REFER Para 1.2.4 of RFP)The Bidder shall furnish as
part of its Bid, a Bid Security, referred to in Clause 1.2.4 here in above through [e- Allowed
11 Yes No
payment Gateway of Authority OR in form of Bank Guarantee from a Bank as per (Mandatory)
format at Appendix VII].
Please enter the percentage of local content in the material being offered. Please enter
0 for fully imported items, and 100 for fully indigenous items. The definition and Allowed
12 No Yes
calculation of local content shall be in accordance with the Make in India policy as (Optional)
incorporated in the tender conditions.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
STUDY OF DRAWINGS AND LOCAL CONDITIONS: The drawings for the works can be
seen in the office of the Chief Administrative Officer, Construction, S.C.Railway,
Secunderabad - 500071 or in the office of the concerned field Deputy Chief Engineer /
Construction / S.C.Railway . It should be noted that these drawings are meant for
general guidance only and Railway may suitably modify them during the execution of
work according to the circumstances without making the Railways liable for any claims
on account of such changes. If there is any variation between the description in the
tender and the detailed plans, the Engineer-in-Charge will operate the correct
1 description and his decision is final and binding on the tenderer/ Contractor. The No No Not Allowed
Tenderer/Contractor is required to inspect the sites of works and acquaint himself with
the site conditions, availability of approaches for transporting of men and materials,
space and other factors relating to the works, availability of labour, electricity and
water, etc., before quoting his rates. The extent of lead and lift involved in the
execution of works and any difficulties involved in the execution of work should also be
examined before formulating the rates for complete items of works described in the
schedule. The Tender submitted will be deemed to have been made after such
inspection.
CORRIGENDUM NOTICE ON IREPS: [I]Railway may modify the tender document by
issuing online corrigendum through "www.ireps.gov.in" 15 days prior to the tender
closing date. For the purpose of CORRIGENDUM in the tender, NIT period is splitted as
2 under: (a) ADVERTISEMENT PERIOD: The time during which all information pertaining No No Not Allowed
to tender shall be available but offers cannot be submitted (b) OFFER SUBMISSION
PERIOD: 15 days prior to closing of tender, during which tenderers can submit their
offer.
Applicable for the tenders with eligibility criteria: The offer of Tenderer(s) who do not
enclose Work Experience Certificate & Financial eligibility Certificate with requisite
3 details, and supporting documents along with their Tender to establish their credentials No No Not Allowed
shall be summarily rejected, even though they are working contractors or contractors
on approved list.
The offer shall be evaluated only from the certificates/documents submitted along with
3.1 No No Not Allowed
the tender offer.
Any Certificate /Documents offered / submitted / received after the tender opening
3.2 No No Not Allowed
shall not be given any credit and shall not be considered.
Tenderer(s) shall note that conditional/alternate offer will not be considered and will
4 summarily be rejected, even though such condition makes them as the lowest No No Not Allowed
tenderer.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
1 I/ We have visited the works site and I / We am / are aware of the site conditions. No No Not Allowed

Page 3 of 7 Run Date/Time: 23/09/2024 17:03:12


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: EPC-12-CAO-C-SC-2024 Closing Date/Time: 25/11/2024 15:00

I/We understand that no post-tender correspondence will be entertained. However, if


any clarification is required by the Railway, the same will be sought from the tenderer.
2 No No Not Allowed
Also, I/We are aware that any Certificate/ Documents offered after the tender opening
shall not be given any credit and shall not be considered.
I/we do hereby solemnly affirm and state on behalf of the tenderer including its
3 No No Not Allowed
constituents as under:
[i] I/We the tenderer(s) am/are signing this document after carefully reading the
contents. [ii]I/We the tenderer(s) also accept all the conditions of the tender and have
signed all the pages in confirmation thereof.[iii]I/we hereby declare that I/we have
downloaded the tender documents from Indian Railway website www.ireps.gov.in . I/we
have verified the content of the document from the website and there is no addition,
no deletion or no alteration to the content of the tender document. In case of any
discrepancy noticed at any stage i.e. evaluation of tenders, execution of work or final
payment of the contract, the master copy available with the railway Administration
3.1 No No Not Allowed
shall be final and binding upon me/us. [iv] I/We declare and certify that I/We have not
made any misleading or false representation in the documents, forms, statements
attached in proof of the qualification requirements. [v] I/We also understand that
my/our offer will be evaluated based on the documents/credentials uploaded along
with the offer and the same shall be binding upon me/us. [vi] I/We declare that the
information and the documents attached alongwith the tender by me/us are correct
and I/We are fully responsible for the correctness of the information and the documents
submitted by us.
I/We indemnify and save harmless the Railway from and against all actions, suit
proceedings losses, costs, damages, charges, claims and demands of every nature and
description brought or recovered against the Railways by reason of any act or omission
4 of the Contractor, his agents or employees, in the execution of the works or in his No No Not Allowed
guarding of the same. All sums payable by way of compensation under any of these
conditions shall be considered as reasonable compensation to be applied to the actual
loss or damage sustained, and whether or not any damage shall have been sustained.
I/We are aware that: Should the Railway decide to negotiate with a view to bring down
the rates, the tenderer called for negotiations should furnish the following form of
declaration before commencement of negotiations. I/We ------------------------- do declare
that in the event of failure of contemplated negotiations relating to Tender No. ...........,
dt............ Item No. opened on dt:.......... my original tender shall remain open for
acceptance on its original terms and condition. I also declare that I am aware that
during this negotiations, I cannot increase the originally quoted rates against any of
5 No No Not Allowed
the individual items and that in the event of my doing so the same would not be
considered at all i.e., reduction in rates during negotiation alone would be considered
and for some items if I/we increase the rates, the same would not be considered and in
lieu my originally quoted rates alone would be considered and my offer would be
evaluated accordingly. I/We are also aware that the validity of such negotiated offer
will be 30 days from the date of negotiations or the validity of original offer, whichever
is later.
I/We understand that if the contents of the Appendix-IA submitted by us are found to
be forged/false or incorrect, i)at any time during process for evaluation of tenders, it
shall lead to forfeiture of the Bid Security and may also lead to any other action
provided in the contract including banning of business for a period of upto two years.
Further, I/We (insert name of the tenderer)**____ and all my/our constituents
6 No No Not Allowed
understand that my/our offer shall be summarily rejected. ii)at any time after the
award of the contract, it will lead to termination of the contract, along with forfeiture of
Bid Security/Security Deposit and Performance guarantee and may also lead to any
other action provided in the contract including banning of business for a period of upto
two years.

Physical Docs Mandatory Submission

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Clause 2.11.2 of RFP: The Bidder shall submit the following documents physically within
time as mentioned in Clause 1.3 : (a) Original Power of Attorney for signing the Bid as
per format at Appendix-II; (b) if applicable, Original Power of Attorney for Lead Member
of Consortium/Joint Venture as per the format at Appendix-III; (c)if applicable, Original
Joint Bidding Agreement for Consortium / Joint Venture as per the format at Appendix-
IV; (d) Bid Security in the form of Original Bank Guarantee in the format at Appendix-VII
from a Bank. Clause 2.11.3 of RFP: The documents listed at Clause 2.11.2 shall be
placed in an envelope, which shall be sealed. The envelope shall clearly bear the
identification BID for the "Engineering, Procurement & Construction (EPC) Contract For
New BG Line on Diversion Alignment From CH: 699200m To CH: 715150m (15.950 Km)
and Gauge Conversion of Existing MG Line From CH: 715150m To CH: 726700m (11.55
Allowed
1 Km) On Existing MG Alignment for a Total Length of 27.50 Km including Electrical No No
(Mandatory)
General Services between Pro. Hiwarkhed Station (Incl.) and Akot Station (Excl.) as a
part of Gauge Conversion of Akola - Khandwa (MG) line In the State of Maharashtra of
Nanded Division of South Central Railway" ." and shall clearly indicate the name and
address of the Bidder. In addition, the Bid Due Date should be indicated on the right
hand top corner of the envelope. Clause 2.11.4 of RFP: The envelope shall be
addressed to the officer and address as mentioned in page 26 of RFP. Clause 2.11.5 of
RFP: If the envelope is not sealed and marked as instructed above, the Authority
assumes no responsibility for the misplacement or premature opening of the contents
of the Bid submitted and consequent losses, if any, suffered by the Bidder. Clause
2.11.6 of RFP: Bids submitted by fax, telex, telegram or e-mail shall not be entertained
and shall be summarily rejected.

Custom

Page 4 of 7 Run Date/Time: 23/09/2024 17:03:12


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: EPC-12-CAO-C-SC-2024 Closing Date/Time: 25/11/2024 15:00

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

6. Documents attached with tender

S.No. Document Name Document Description


Electrical General Service Manual
1 ElectricalGeneralServiceManualVolume-IPowerSupply_Ebook_26-11-22.pdf
Volume I Power Supply
Pre inspectionRB letter no 2000 RS G
2 Pre-inspectionRBletterno2000.RS.G.379.2dt06-09-2017.pdf
379 2 dt 06 09 2017
3 Pre-inspetion_290818.pdf Pre inspetion 290818
4 TentativeToewallSketch.pdf TOE WALL TENTATIVE SKETCH
5 ComprehensiveInstructionsforPassengersAmenities.pdf ComprehensiveInstructionsforPasseng
6 safetyatworksites-compressed.pdf safetyatworksites
7 vcdetails-EPC-12.pdf VC details for Pre bid
RCC Retaining wall on approach of
8 RCCRetainingWallonApproachofRUBs.pdf
RUBs
9 APPROVEDLISTofBRANDS.pdf Approved Brands and Makes
10 TENTATIVEL-SECTIONsheet-19.pdf TENTATIVE L SECTION SHEET 19
11 TENTATIVEL-SECTIONsheet-18.pdf TENTATIVE L SECTION SHEET 18
12 TENTATIVEL-SECTIONsheet-17.pdf TENTATIVE L SECTION SHEET 17
13 NEFT_FORM_GCC_2022.pdf NEFT FORM
14 Specificatinsofballast.pdf specifications for ballast
15 TMSidinglayout.pdf TM Siding lay out
16 LEDSPECIFICATIONS.pdf LED SPECIFICATIONS
17 RDSOELECTRICALPRACTICE.pdf RDSO ELECTRICAL PRACTICE
18 Signages_Standard_Sizes.pdf Signages Standard Sizes
19 Techanicalcircular--.pdf Technical circular Electrical
20 17181-1.pdf RDSO OWG STRESS SHEET 171811
RDSO OWG CAMBER DIAGRAM 17181
21 17181-2.pdf
2
RDSO OWG BEARING DETAILS 17181
22 17181-3_compressed.pdf
3
RDSO OWG BOTTOM CHORD 17181
23 17181-4RALT-2_compressed.pdf
4R
24 17181-5-RALT-3_compressed.pdf RDSO OWG TOP CHORDS 17181 5R
RDSO OWG PORTAL BRACINGS 17181
25 17181-6RALT-3.pdf
6R
RDSO OWG VERTICALS DETAILS
26 17181-7_ALT-2.pdf
17181 7R
27 17181-8RALT-3.pdf RDSO DIAGONAL DETAILS 17181 8R
RDSO OWG BOTTOMCHORD
28 17181-_9R_compressed.pdf
JOINTS17181 9R
RDSO OWG BOTTOMCHORD
29 17181-10ALT-2.pdf
JOINTS17181 10
RDSO OWG TOP CHORD JOINTS 17181
30 17181-11ALT-2.pdf
11
RDSO OWG TOP CHORD JOINTS 17181
31 17181-12.pdf
12
RDSO OWG CROSS GIRDERS 17181
32 17181-13.pdf
13
RDSO OWG STRINGER DETAILS 17181
33 17181-14R.pdf
14R
RDSO OWG SWAY BRACINGS 17181
34 17181-15ALT-2.pdf
15
RDSO OWG BOTTOM LATERAL 17181
35 17181-16.pdf
16
36 17181-17ALT-2.pdf RDSO OWG TOP LATERAL 17181 17
37 17181-_18_erection_compressed.pdf RDSO OWG ERECTION DWG 17181 18
38 17181-_19_shipping_list_compressed.pdf RDSO OWG SHIPPING LIST 17181 19
RDSO OWG GENERAL
39 17181-R_compressed.pdf
ARRANGEMENT17181 R
40 10435_1.pdf RDSO BOW STRING GIRDER 10435
41 10435-1.pdf RDSO BOW STRING GIRDER 10435 1
42 10435-2.pdf RDSO BOW STRING GIRDER 10435 2
43 10435-3.pdf RDSO BOW STRING GIRDER 10435 3
44 10435-4.pdf RDSO BOW STRING GIRDER 10435 4
45 10435-5.pdf RDSO BOW STRING GIRDER 10435 5

Page 5 of 7 Run Date/Time: 23/09/2024 17:03:12


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: EPC-12-CAO-C-SC-2024 Closing Date/Time: 25/11/2024 15:00

46 10435-6_compressed.pdf RDSO BOW STRING GIRDER 10435 6


47 10435-7.pdf RDSO BOW STRING GIRDER 10435 7
48 10435-8.pdf RDSO BOW STRING GIRDER 10435 8
49 10435-9.pdf RDSO BOW STRING GIRDER 10435 9
50 22121510435-10_compressed.pdf RDSO BOW STRING GIRDER 10435 10
51 22121510435-11.pdf RDSO BOW STRING GIRDER 10435 11
52 RDSOB-1027318.30mGeneralArrangement.pdf RDSO 18 30m span 10273
RDSO18 30m span10273 1
53 RDSOB-10273-118.30mCableProfileStressChart.pdf
CABLEPROFIL
RDSO 18 30m span 10273 2
54 RDSOB-10273-218.30mReinforcementDetails.pdf
REINFORCEM
RDSO 18 30m span 10273 3
55 RDSOB-10273-318.30mAnchorageandExpansionJoint.pdf
ANCHORAGE
56 RDSOB-10273-418.30mBearing.pdf RDSO 18 30m span 10273 4 BEARING
57 RDSO-B-1636-4-R_compressed1.pdf RDSO H BEAM SLEEPERS B 1636 4R
58 RDSO-B-1636-5_compressed1.pdf RDSO H BEAM SLEEPERS B 1636 5
59 RDSO-B-1636-9.pdf RDSO H BEAM SLEEPERS B 1636 9
60 24223RDSO-B-1636-11.pdf RDSO H BEAM SLEEPERS B 1636 11
RDSO LWR ON STEEL GIRDER M
61 RDSOM-10920LWRonSteelGirder.pdf
10920
RDSO LWR ON STEEL GIRDER M
62 RDSOM-10920-1LWRonSteelGirder.pdf
10920 1
63 RDSO-B-10405.pdf RDSO FOB B 10405
64 RDSO-B-10405-1Roofinghandrailingmainspan.pdf RDSO FOB 3M WIDE B 10405 1
65 RDSO-B-10405-2DetailsofMainGirder.pdf RDSO FOB 3M WIDE B 10405 2
66 RDSO-B-10405-3DetailsofCrossGirder.pdf RDSO FOB 3M WIDE B 10405 3
67 RDSO-B-10405-4DetailsofMainColumnandTrestle.pdf RDSO FOB 3M WIDE B 10405 4
68 RDSO-B-10405-5DetailsofStairCase.pdf RDSO FOB 3M WIDE B 10405 5
69 24517RDSO-B-10405-6_compressed.pdf RDSO FOB 3M WIDE B 10405 6
70 CBS-0045_compressed.pdf RDSO OWG SIDE PATHWAY
RDSO COMPOSITE GIRDER SIDE
71 CBS-0046.pdf
PATHWAY
RDSO INSPECTION PLATFORM
72 CBS-0016INSPECTIONPLATFORMANDPEDSTRALFORBEARING.pdf
PEDESTRAL
73 RDSO-B-11760-R1HSFGBolts_compressed.pdf RDSO B 11760 R1 HSFG BOLTS
74 AdagaonBuzurgMasterPlan_V9_APPROVE_P64_1.pdf Tentative Adgaon Buzurg ESP
75 HiwarkhedMasterPlan_V3_APPROVE_P56_1.pdf Tentative Hiwarkhed ESP
76 TentativeL_sectionssheet22_compressed1.pdf Tentative L section sheet 22
77 TentativeL-sectionSheet_21.pdf Tentative L section sheet 21
78 TentativeL-sectionSheet_20.pdf Tentative L section sheet 20
79 03GMWSC-type-3311Platformwalls.pdf Platform Walls
80 PitchingPolicyLetter.pdf Pitching Policy Letter
81 VDCAlt-1to71_2022__1.pdf VDC for platform
82 Rly.BoardRUBDrainageCircularsJun-22_.pdf Rly Board RUB Drainage Letter
83 PCEDesignMixconclr.pdf PCE Design Mix Letter
84 INSTRUCTIONSONFLOORINGSPECIFICATIONS06.05.2022-1.pdf Flooring Specifications
85 FIURevisedPolicyissuedbyCBE-SCRly.pdf CBE policy for Grider Bridges
86 ComprehensiveInstructionsforPassengersAmenities.pdf Passenger Amenities
87 Platforms-SystemImprovent_1.pdf Platform System Improvement Letter
88 10155-RCCBOXGAD.pdf RCC BOX 10152
89 RCCBOXESRDSO-B-10152-1R.pdf RCC BOX 10152 1R
90 RCCBOXESRDSO-B-10152-2R.pdf RCC BOX 10152 2R
91 RCCBOXESRDSO-B-10152-3R.pdf RCC BOX 10152 3R
92 RCCBOXESRDSO-B-10152-4R.pdf RCC BOX 10152 4R
93 RCCBOXESRDSO-B-10152-5R.pdf RCC BOX 10152 5R
94 RCCBOXESRDSO-B-10152-6R.pdf RCC BOX 10152 6R
95 RCCBOXESRDSO-B-10152-7R.pdf RCC BOX 10152 7R
96 RCCBOXESRDSO-B-10152-8R.pdf RCC BOX 10152 8R
97 RCCBOXESRDSO-B-10152-9R.pdf RCC BOX 10152 9R
98 10155-RCCBOXGAD_1.pdf RCC Box in Curve 10155
99 10155-RCCBOX0mFILL.pdf RCC Box in Curve 10155 1R
100 10155-RCCBOX1mFILL.pdf RCC Box in Curve 10155 1m Fill
101 10155-RCCBOX2mFILL.pdf RCC Box in Curve 10155 2m Fill
102 10155-RCCBOX3mFILL.pdf RCC Box in Curve 10155 3m Fill
103 10155-RCCBOX4mFILL.pdf RCC Box in Curve 10155 4m Fill

Page 6 of 7 Run Date/Time: 23/09/2024 17:03:12


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: EPC-12-CAO-C-SC-2024 Closing Date/Time: 25/11/2024 15:00

104 10155-RCCBOX5mFILL.pdf RCC Box in Curve 10155 5m Fill


105 10155-RCCBOX6mFILL.pdf RCC Box in Curve 10155 6m Fill
106 RDSOdrg10155-7.pdf RCC Box in Curve 10155 7m Fill
107 10155-RCCBOX8mFILL.pdf RCC Box in Curve 10155 8m Fill
108 10155-RCCBOX10mFILL.pdf RCC Box in Curve 10155 10m Fill
109 3.05MPSCSLABRDSO-B-10277.pdf RDSO 10277
110 3.66MPSCSLABRDSO-B-10278.pdf RDSO 10278
111 4.57MPSCSLABRDSO-B-10280.pdf RDSO 10280
112 6.10MPSCSLABRDSO-B-10274.pdf RDSO 10274
113 9.15_M-45Grade_POST_TENSIONED_SCAN_COPY-Copy.pdf RDSO 10272
114 Specificatinsofballast.pdf SPECIFICATIONS OF BALLAST
115 BallastprofileforLWRtrack.pdf Ballast profile for LWR track
116 PFShelterReferenceDrawing.pdf PF shelter Ref Drawing
PreinspectionofMaterialbyRITESorRDSORBletterno2000.RS.G.379.2dt06-09-
117 Pre Inspection of Materials
2017.pdf
118 TypicalSketchforTrolleyRefugee-inBankingsandCuttings.pdf Trolley Refugee Sketch
119 ESO87.pdf ESO 87
120 ATWeldingofRailsinConstruction.pdf Railway Board AT welding Letter
121 SCRINSTRUCTIONSONFLOORING-SPECIFICATIONS06.05.2022-1.pdf Specifications on Flooring
SystemImprovement-GuidelinesonMaterialstobeusedforPFSurfacePFWall-
122 Guidelines for PF surface
PrecastPFWall.pdf
123 SPECIMENDRGFORPLATFORMAMENITIES.pdf Typical DWG for Ammenities
124 StandardHeightGuage3Sheets.pdf STD Height Gauges
BACK FILLING DRAWING FOR
125 BACKFILL1453-90.pdf
BRIDGES
126 5.15mBallastRetainerfr9.15mspan1.pdf BALLAST RETAINER 9 15 M
127 5.15mBallastRetainerfr6.10mspan1.pdf BALLAST RETAINER FOR 6 10 M
128 5.15mBallastRetainerfr12.20mspan1.pdf BALLAST RETAINER FOR 12 20 M
129 Ladderdragwing1707816221439-Sl.No.3.1.pdf LADDER DRAWING FOR BRIDGES
1651643092748-
130 ProvisionofFiltermediabehindboulderfillingatAbutmentsWingwallsRetainingwalls- PROVISSION OF FILTER MEDIA
CBE-29-04-2022.pdf
131 ESONo.93PreparationofESPsandCompletionDrawingsofStationYards.pdf ESO 93
132 ESO91-PreparationofGADsandCompletionDrawingsofBridges.pdf ESO 91
133 AMX-AOTIndexPlanKM695TOKM710.pdf Index Plan 695 to 710 KM
134 AMX-AOTIndexPlanKM710TOKM727.pdf Index Plan 710 to 727 KM
135 AkotCPMOfficePlan.pdf CPM Office under Project Facilities
136 AkotSiteOfficePlan.pdf Site Office Plan under ScheduleC
137 CPMofficeunderSchedule-B.pdf CPM Office in Schedule B
TENTATIVE697-
138 Br No 697 1A TENTATIVE ROB DRG
1AROB1x54.00mBowStringGirder2x24.00SteelGirderLCNO.54.pdf
139 11773R1-1_compressed.pdf RDSO 24m 11773 R1 1
140 11773R1-2_compressed.pdf RDSO 24m 11773 R1 2
141 11773R1-3_compressed.pdf RDSO 24m 11773 R1 3
142 11773R1-4_compressed.pdf RDSO 24m 11773 R1 4
143 RDSO-B-11773-R1-5_compressed.pdf RDSO 24m 11773 R1 5
144 11773R1-6_compressed.pdf RDSO 24m 11773 R1 6
145 11773R1-7_compressed.pdf RDSO 24m 11773 R1 7
146 RDSO-B-11773-R1_compressed.pdf RDSO 24m 11773 R1
147 04.09.2024RFP_HW-AOTEPC-AKDistrictAkot-Hiwrkhed_withElec.docx.pdf RFP HW AKOT
148 04.09.2024HW-AOTEPC-AKDistrictAkot-Hiwrkhed_withElec.docx.pdf EPC DOCUMENT Hiwarkhed Akot
149 TENTATIVEADGAONBUZURG_V6-Model.pdf Tentative Adgaon Buzurg STN BLDG

This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by Department of
Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no. 2015/RS(G)/779/5 dated
03/08/2017 and 27/12/2017 and amendments/ revisions thereof.

As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions of GFR
regarding procurement through GeM.

Signed By: VARRI NAVYASREE

Designation : Dy.CE/C/Plg

Page 7 of 7 Run Date/Time: 23/09/2024 17:03:12

You might also like